Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2013 FBO #4187
SOLICITATION NOTICE

66 -- Closed Cycle Cryocooler - RFIs

Notice Date
5/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0122
 
Archive Date
6/13/2013
 
Point of Contact
David E. McClannan, Phone: 937-522-4608
 
E-Mail Address
david.mcclannan@us.af.mil
(david.mcclannan@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFIs from the Sources Sought This is a combined synopsis/solicitation for a Closed Cycle Cryocooler, and was prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-13-T-0122 and is hereby issued as a Request for Quotes (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 1 Apr 13. This solicitation document will be restricted to small business set-aside Competition under North American Industry Classification System Code (NAICS) 334516. Size standard is 500 employees. The AFLCMC/PZIO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirements: The specific technical requirements for this acquisition are as follows: Cryocooler Specs: 1. Two Stage Cooler 2. No windows in cryostat 3. Non-magnetic construction material (There must be no magnetic material in the cryostat to avoid interaction with magnetic field from the electromagnet that will be used for Hall effect measurements) 4. Sample in Vacuum 5. Vertical sample mount (sample plane parallel to long axis of cryostat for Hall effect measurements with magnetic field perpendicular to sample surface) 6. Optical radiation shield on low temperature stage 7. Sample mounting area must be at least 1" diameter. 8. Dimensions of cryostat - outside diameter of sample stage must fit between the two poles of the electromagnet so must be less than 3.5". External length of 3.5" OD part of cryostat must extend for 12.5" so that the sample is located at the precise middle of the magnet poles. 9. Cryostat must fit in the existing GMW Associates Model 3474 electromagnet Dimensions- Outside diameter of sample stage ≤ 3" (magnet pole gap) Length from sample to first outside expansion >10.5" (magnet pole radius + 2.5") Outside width at widest part ≤ 7" (magnet coil gap) 10. Cryostat must be able to hold a vacuum of 10^-6 Torr or less. 11. Cryostat must have 6 hermetically sealed electrically isolated coaxial connectors (center and shield of coax isolated from cryostat) to the sample in addition to a 12 pin or greater hermetically sealed electrical connector 12. Minimum sample temperature less than or equal to 5 Kelvin 13. Highest sample temperature greater than or equal to 325 Kelvin 14. Cool down time to 5 Kelvin of less than 150 minutes 15. Capacity low temperature stage - 0.1 W @ 4.2K @ 60 Hz, or 0.5 W @ 4.2K @ 60 Hz 16. Electrical leads from outside to sample include- 6 isolated coax leads 12 single wire leads (2 thermometers @ 4ea + heater @ 2ea + 2 spare) All hermetically sealed/vacuum tight connector Compressor Specs: 1. Water cooled compressor with 60 Hz electrical power. 110 V preferred but 220 V is acceptable. 2. Helium hose from compressor to cryostat must be 9 ft. or longer. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed copy of FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in SAM at https://sam.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, Tax ID Number, Cage Code and phone number 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Individual item price 5) Total price including shipping (Net 30), No Progress Payments 6) Shipping (FOB Destination) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed copy of FAR 52.212-3, Representations and Certifications 12) Completed copy of DFARS 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2013 Appropriations. Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors (the fill in portion of this clause is: technical and price) FAR 52.212-3, Representations and Certifications FAR 52.252-5, Authorized Deviations in Provisions FAR 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law- Fiscal Year 2013 Appropriations DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.232-7006, Wide Area Workflow Payment Instructions AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Buy American Act-Free Trade Agreements DFARS 252.232-7003, Electronic Submission of Payment Requests All Quotations and responses must be received no later than 2:00 p.m. EST, Wednesday the 29th of May 2013. Submittal of quotes in response to this RFQ constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. All responses may be submitted either electronically or hard copy to the following addresses: Email: david.mcclannan@us.af.mil Mailing address: AFLCMC/PZIOAA Attn: SSgt David McClannan 1940 Allbrook Drive, Suite 3, Rm 109 Wright-Patterson AFB, OH 45433-5309 Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0122, Cryocooler". Note that e-mail filters at Wright-Patterson AFB are designed to filter out e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only.pdf,.doc,.docx or.xls documents are sent. The e-mail filter may delete any other form of attachments. Please direct all questions to SSgt David McClannan at david.mcclannan@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0122/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Wright-Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03058980-W 20130512/130510234652-21255f18ca0a3a8397faa0fed88c0f29 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.